Rock Island USACE Moving Services Blanket Purchase Agreement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers (USACE), Rock Island District, is soliciting quotes for a Blanket Purchase Agreement (BPA) to provide moving, relocation, reconfiguration, and disposal services for furniture and equipment at the Rock Island Arsenal, IL. This opportunity is a Total Small Business Set-Aside and is crucial for ongoing building renovations and office relocations. Quotes are due March 17, 2026.
Scope of Work
The awarded contractor will be responsible for providing all necessary personnel, equipment, transportation, tools, materials, and supervision for furniture and equipment moves. Key tasks include pre-move surveys, tagging, inventory, verifying item marking and destination, and delivering/positioning furniture and appliances in new locations. The contractor must also handle heavy components like filing cabinets and shelves. The government will handle boxing/unboxing of equipment, supplies, and files. A sample call order outlines the removal and offsite disposal of existing workstation furniture and the relocation of other furnishings within the Clock Tower Complex.
Contract Details
- Contract Type: Blanket Purchase Agreement (BPA)
- Set-Aside: 100% Small Business Set-Aside
- NAICS Code: 484210 (Moving Services) with a $34,000,000 size standard
- Period of Performance: 5-year base period from the date of award
- Minimum Call Order: $2,500
- Maximum Call Order: $250,000
- Maximum Total Value: Anticipated total value of all call orders is $250,000
- Place of Performance: Rock Island, IL
Submission & Evaluation
This solicitation will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors include:
- Technical - Experience: Documentation of one relevant past project within the last three years.
- Technical - Geographic Location: Contractor facility must be within 60 miles of the project location.
- Lowest Price. Both technical factors must be rated "Acceptable" for a quote to be considered. Quotes are due by March 17, 2026, at 09:00 AM CT. Submissions must be emailed to joseph.e.porter@usace.army.mil and nicholas.m.moore@usace.army.mil, with the Solicitation Number (W912EK26QA014) in the subject line. Questions and technical inquiries are due by March 9, 2026, to Joseph Porter via email.
Eligibility & Compliance
This is a 100% Small Business Set-Aside. Contractors must be registered and current in the System for Award Management (SAM) database prior to award. Personnel requiring access to the Rock Island Arsenal will be subject to specific security requirements and background checks. Bidders must also adhere to the Service Contract Act (SCA) wage determination (No. 2015-5011, Revision No. 27) for the specified geographic area, ensuring compliance with minimum wage rates and fringe benefits.